Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 31, 2018 FBO #6125
SOLICITATION NOTICE

66 -- ACEA Biosciences xCELLigence RTCA CardioECR instrument, or Brand Name Equal Item - Solicitation Attachments

Notice Date
8/29/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, 6001 Executive Boulevard, Room 4211, MSC 9559, Bethesda, Maryland, 20892-9559, United States
 
ZIP Code
20892-9559
 
Solicitation Number
NIHDA201800513
 
Archive Date
9/20/2018
 
Point of Contact
Mark E. McNally, Phone: (301) 827-5869, Jeffrey Schmidt, Phone: (301) 402-1488
 
E-Mail Address
mcnallyme@mail.nih.gov, schmidtjr@mail.nih.gov
(mcnallyme@mail.nih.gov, schmidtjr@mail.nih.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment No. 04 - Invoice and Payment Provisions Attachment No. 03 - FAR 52.212-5 (Aug 2018) Attachment No. 02 - FAR 52.212-3 (Aug 2018) Attachment No. 01 - Purchase Description (Brand Name or Equal) (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) The solicitation number is NIHDA201800513 and the solicitation is issued as a request for quotation (RFQ). This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures; FAR Subpart 13.5-Simplified Procedures for Certain Commercial Items; and FAR Part 12-Acquisition of Commercial Items, and is not expected to exceed the simplified acquisition threshold. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-100, dated August 22, 2018. (iv) The associated NAICS code 334516 and the small business size standard is 1,000 employees. This requirement is a total small business set-aside. (v) Generic Name of Product : Real-time measurement of cardiomyocyte contractility, viability, and electrical activity instrument. (vi) Purchase Description : The NCATS requires one (1) brand name or equal real-time measurement of cardiomyocyte contractility, viability, and electrical activity instrument equivalent to the following: • Brand name: xCELLigence RTCA CardioECR. • Manufacturer: ACEA Biosciences, Inc. • Catalog number: 380601210. • 30.0 cm x 37.5 cm x 14.0 cm (W x D x H). • Quantity: one (1). Salient characteristics : The brand name equal item must meet the following salient physical, functional, or performance characteristics of the brand name item to be acceptable for award: • The system should have complimentary shipping. • The system should have complimentary installation. • The system should have complimentary training. • Instrument should not exceed the following dimensions: 30cm x 40cm x 15cm (W x D x H) • The system should allow simultaneous impedance and field potential (FP) measurement while cardiomyocytes are being paced (stimulation range: ± 2.5 V). • The system should have impedance-based, real time dynamic monitoring of beating cardiomyocytes on a 1-2 millisecond timescale. • The system should provide real time, field potential measurement for the integrated ion channel activity of cardiomyocytes at 10 kHz sampling rate. • The system should offer electrical pacing function. • The system should able to be placed in a standard tissue culture incubator and withstand the high temperature and humidity. • The software should be programmable to acquire beating data on a millisecond timescale, at intervals ranging from less than one minute to weeks for assessment of both acute and long-term cardio toxic effects. • The system should have the ability to be electrically interfaced with a 48-well microtiter plate • The system should be compatible plates with a standard footprint (complies with ANSI/SBS 1-2004 requirements, and the spacing of the wells in column is 9 mm center-to-center as per the ANSI/SBS 4-2004 standard for 96-well microplates). • There should be two types of recording electrodes in each well: (1) two sets of interdigitated impedance electrodes enable real-time measurement cell viability and contractile activities. (2) two point field potential electrodes allow for extracellular field potential measurements, which can be performed in simultaneously with impedance recording. • System plates should have the ability to be imaged through an electrode-free area using a standard laboratory microscope. • System should come with fully integrated data acquisition software for operating the system. There should be flexible experiment setups, real time data acquisition, and basic data analysis functions such as - slope and Cell Index doubling time over a specific time period, EC50 (Half Maximal Effective Concentration) and IC50 (Half Maximal Inhibitory Concentration) values at a given time point, maximum Cell Index, minimum Cell Index, AUC (area under the curve) and time dependent IC50/EC50 determination, beating rate, beat amplitude, normalized beating rate/amplitude, and beating period/duration. • Analysis Software should have an offline data analysis program for handling data acquired by the aquisition software. • Analyis software should feature automatic report functions such as automatic statistics for cell status QC before compound addition, stable beating characteristics (including Cell Index, Maximal Cell Index, and AUC, beating rate and amplitude, Firing Rate and Amplitude). • Analysis software should permit analysis of experimental data from different wells, time points and even from different experiments. • The system should be able to measure cell proliferation, cell quality control, compound mediated cytotoxicity, cell-mediated cytotoxicity, cell adhesion and spreading, functional monitoring and receptor tyrosine kinase and GPCR (G Protein-Coupled Receptor) signaling, viral mediated cytopathic effect (CPE), parasite motility and biofilm formation. • The system should not require calibration for proper function. Quantity : One (1) xCELLigence RTCA CardioECR instrument, or brand name equal item. (vii) Delivery Date : Delivery shall be made within fifty (50) days after receipt of order (ARO). Delivery shall be made to the following address: ATTN: Wei Zheng NCATS/NIH 9800 Medical Center Dr., Bldg. C Rockville, MD 20850 (viii) Evaluation Criteria : Responses received to this RFQ will be evaluated on the basis of Lowest Price Technically Acceptable (LPTA). Price quotes must indicate fixed unit pricing and total cost, including shipping cost and estimated time of delivery after receipt of order, and warranty and training considerations. Responses will be evaluated based on contractor's capability to meet the needs stated in the purchase description, salient characteristics, and delivery requirements of this notice. Responses to this solicitation must include clear and convincing evidence of the Offeror's capability of fulfilling the requirement. Under the lowest-price technically acceptable (LPTA) process, Offerors' will be determined to be "technically acceptable" or "technically unacceptable" based on an evaluation of responses against the following factors to determine if, as submitted, the quotation is technically acceptable: Technical Capability: Offerors shall clearly indicate possessing the capability to achieve the essential features of this requirement. The Offeror must indicate in its quotation the ability to provide all the requirements. The Offeror must indicate in its quotation the ability to meet the delivery requirements. Offerors submitting a response with documented technical specifications and evidence of possessing the technical capability, technical knowledge, qualifications and capability and management structure needed in successfully achieving this requirement will be determined to be technically acceptable. (ix) The following provisions/clauses are incorporated by reference to this solicitation: • The provision at FAR 52.211-6, Brand Name or Equal (Aug 1999). • The provision at FAR 52.212-1, Instructions to Offerors -- Commercial Items (Aug 2018). • The provision at FAR 52.212-3, Offeror Representations and Certifications --Commercial Items (Aug 2018). This provision is provided in full text as an attachment to this solicitation. Offerors are to complete this provision and submit a completed copy with their offer. • The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (Jan 2017). • The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Aug 2018). This clause is provided in full text as an attachment to this solicitation. • The NIH Invoice and Payment Provisions (2/2014). These provisions are provided in full text as an attachment to this solicitation. (x) There are no additional contract requirement(s) or terms and conditions applicable to this acquisition. (xi) The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. (xii) Responses to this solicitation must include sufficient information to establish the interested parties' bona-fide capabilities of providing the product or service. The price quote shall include: unit price, list price, shipping and handling costs, delivery days after contract award, delivery terms, prompt payment discount terms, F.O.B. Point (Destination or Origin), product or catalog number(s); product description; and any other information or factors that may be considered in the award decision. Such factors may include: past performance; special features required for effective program performance; trade-in considerations; probable life of the item selected as compared with that of a comparable item; warranty considerations; maintenance availability; and environmental and energy efficiency considerations. Respondents proposing on an equal product of the brand-name product specified in this announcement must provide, as part of their response: (a) product, catalog, model, and/or part number(s); (b) product description; (c) all relevant information and documentation that the item(s) offered meets the salient physical, functional, or performance characteristics as specified in the purchase description; quantity; estimated price or cost; shipping, handling, and/or installation charges; and delivery date after receipt of order. The Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size must be included in the response. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov." All responses must be received by or before 5:00 PM Eastern Daylight Time, Wednesday, September 5, 2018, and reference number NIHDA201800513. Responses must be submitted electronically to Contract Specialist Mark McNally at mcnallyme@mail.nih.gov. Fax responses will not be accepted. (xiii) The contact for information regarding this solicitation is Mark McNally, Contract Specialist, mcnallyme@mail.nih.gov, 301-827-5869.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/NIHDA201800513/listing.html)
 
Record
SN05062532-W 20180831/180829231610-a304ba113d60182db0c2bcf933846fb4 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.